Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOLICITATION NOTICE

J -- DOCKSIDE REPAIR: USCGC WAESCHE DS FY2022

Notice Date
10/8/2021 7:00:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08522QP4501500
 
Response Due
11/8/2021 10:00:00 AM
 
Archive Date
12/31/2021
 
Point of Contact
Wayne Gutman, Marcella V. Brown, Phone: 5104375420
 
E-Mail Address
wayne.m.gutman@uscg.mil, Marcella.V.Brown@uscg.mil
(wayne.m.gutman@uscg.mil, Marcella.V.Brown@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart�12.6 and FAR Subpart 13.5 procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (A) The solicitation number is 70Z08522QP4501500 and is issued as a Request for Quotation (RFQ). (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07 effective September 10, 2021, Department of Homeland Security Acquisition Regulation (HSAR) effective March 2021, Homeland Security Acquisition Manual (HSAM) 2021-05 effective May 28, 2021, Coast Guard Acquisition Procedures (CGAP) 2017-02 effective September 29, 2017, FAR Class Deviation 14-01 (DEC 2014), FAR Class Deviation 2019-01 Rev 1 (AUG 2020), FAR Class Deviation 20-04 Rev 1(AUG 2020), FAR Class Deviation 2020-05 (APR 2020), and FAR Class Deviation 2020-05 Rev 2 (AUG 2020) (C) This solicitation is issued as a 100% Set-Aside for Small Business.� The North American Industry Classification System (NAICS) code 336611 applies to this RFQ, and the small business size standard is 1,250 employees. (D) List CLINS, item descriptions, quantities and units of measure: Please see the attached for the Schedule of Services and Unit Prices Attachment #1. (E) Description/Statement of Work/Specification: The United States Coast Guard (USCG) shall be for DOCKSIDE repairs to the items as specified in Attachment 2 � Statement of Work (SOW) - Specification. The contractor shall provide all labor, materials, equipment, etc. necessary to meet the requirements of the specification. (F) Date(s) and place(s) of delivery and acceptance:� The period of performance for this contract is 01 February 2022 to 26 April 2022.� The place of performance for this service is USCG Base Alameda, Coast Guard Island, Alameda CA 94501-5000 (G) FAR Provision 52.212-1, Instructions to Offerors�Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements. (H) Evaluation: For the evaluation criteria, please see the attached RFQ terms and conditions. (I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications�Commercial Items, with its Alternate I, with their offer. Offerors may complete this online at SAM: www.sam.gov .� An offeror must state in their offer if they completed FAR 52.212-3 with Alternate I online and that is it up-to-date and valid. (J) FAR Clause 52.212-4, Contract Terms and Conditions�Commercial Items (OCT 2018) applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum. (K) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (SEP 2021) is incorporated by reference and applies to this acquisition.� Please see the attached RFQ terms and conditions that are applicable to the acquisition. (L) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A. (M) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. (N) Date, time and place offers are due. Quotes/Offers are due by 08 November 2021, 1:00 PM Pacific Time. Submit offers to the following mailing address or e-mail address, by the offer due date and time: U.S. Department of Homeland Security United States Coast Guard, Surface Forces Logistic Center (SFLC), Base Alameda Coast Guard Island, Bldg. 55, Code CPD2 LRE Alameda, CA 94501-5100 Attn: Wayne Gutman and Marcella V. Brown Via e-mail to Wayne.M.Gutman@uscg.mil and Marcella.V.Brown@uscg.mil (O) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at Wayne Gutman at Wayne.M.Gutman@uscg.mil and Contracting Officer Marcella V. Brown at Marcella.V.Brown@uscg.mil no later than 29 October 2021, 1:00PM Pacific Time. After this date, further requests may not be accepted due to time constraints. For questions regarding this solicitation, please contact the Contract Specialist or the Contracting Officer. All requests should identify the solicitation number 70Z08522QP4501500. Site Visits/Ship Check will be held on NLT 20 October 2021, 10:00 AM Pacific Time for this project. �In no event shall failure to inspect the site constitute grounds for a claim after contract award. Any interested parties who would like to visit the site shall contact LTJG Hannah Eshleman who can be reached at 510-437-5879 or via email at Hannah.M.Eshleman@uscg.mil �to arrange access. Unannounced visitors will not be allowed on site.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4bafb12ee990457380d4650dea52f175/view)
 
Place of Performance
Address: Alameda, CA 94501, USA
Zip Code: 94501
Country: USA
 
Record
SN06154627-F 20211010/211008230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.